Contract notice

Information

Published

Expire date: 19/09/2023

External Reference: 2023-574241

FTS Reference: 2023-024371

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire
N/A
Headquarters, Clemonds Hey, Oakmere Road,
Winsford, Cheshire
CW7 2UA
UK
Contact person: Kim Hall
Telephone: +44 01606363334
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=71932&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Forensic Marking Products
Reference number:  CPA/SPU/1764P
II.1.2)

Main CPV code

35000000  -  Security, fire-fighting, police and defence equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Police and Crime Commissioner for Cheshire (PCC) as the Authority aims to appoint a suitably qualified single supplier of Forensic Marking Products for Offender Identification and Property Marking. The offender identification products will be required to uniquely identify an offender through a forensic solution such as spray or grease derived from the subject’s criminal actions at a crime scene where the product has been covertly or overtly installed.
The Framework will be open for participation by Police Forces named in section II.2.4, and will have a term of 4 years.
Please note the value of £1m is an estimate. The actual spend will depend on funding available to the named Forces through national campaigns such as Safer Streets. The PCC cannot guarantee to suppliers any business through this Framework Agreement.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

35100000  -  Emergency and security equipment
35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35123000  -  Site-identification equipment
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
CW7 2UA
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Cheshire (PCC) as the Authority aims to appoint a suitably qualified single supplier of Forensic Marking Products for Offender Identification and Property Marking. The PCC wants to continue making Cheshire a safer place to live and work by reducing theft from domestic residences, commercial properties and to enhance public confidence in Cheshire Constabulary by increasing the number of offences brought to justice. The offender identification products will be required to uniquely identify an offender through a forensic solution such as spray or grease derived from the subject’s criminal actions at a crime scene where the product has been covertly or overtly installed.
The Framework will be open for participation by the following Police Forces:
Avon and Somerset Constabulary, Devon and Cornwall Police, Dorset Police, Gloucestershire Constabulary, Greater Manchester Police, Lancashire Police, West Mercia Police, West Midlands Police, Wiltshire Police, Police Service of Northern Ireland, Gwent Police and South Wales Police.
The Framework term will be 4 years.
Please note the value of £1m is an estimate. The actual spend will depend on funding available to the named Forces through national campaigns such as Safer Streets. The PCC cannot guarantee to suppliers any business through this Framework Agreement.
Full details can be found within the Online ITT – which is constructed as an online questionnaire with supporting files in the document folder.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Section 1 - Forensic Marking Products (individual question weightings in ITT)  /  Weighting:  50%
Quality criterion  -  Name:  Section 2 - Social Value  /  Weighting:  10%
Quality criterion  -  Name:  Section 3 - Demonstrations  /  Weighting:  10%
Price  -  Weighting:  30%
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2023  /  End: 31/10/2027
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
Minimum level(s) of standards possibly required:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the Tender
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  19/09/2023
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  19/09/2023
Local time:  11:00
Place:  
Online - E-tendering System

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK